Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
MODIFICATION

M -- Dining Hall Food Preparation and Attendant Services

Notice Date
7/16/2010
 
Notice Type
Modification/Amendment
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
 
ZIP Code
01757-3604
 
Solicitation Number
W912SV-10-R-0027
 
Response Due
7/26/2010
 
Archive Date
9/24/2010
 
Point of Contact
Jean Greenwood, 508-233-6663
 
E-Mail Address
USPFO for Massachusetts
(jean.greenwood@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42, effective June 16, 2010. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912SV-10-R-0027 and is issued as a request for proposals (RFP), unless otherwise indicated herein. This acquisition will be conducted under full and open competition to provide Dining Hall Food Preparation and Attendant Services under NAICS code 722310 Food Service Contractors with a small business size standard of $20,500,000.00 in average annual receipts. Any contract awarded as a result of this solicitation will be a Firm Fixed Price Contract awarded using Simplified Acquisition procedures in accordance with FAR 13. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. SPECIFICATIONS: This solicitation is for the provision of all labor and expertise necessary to perform Dining Facility services listed in, and in accordance with, the Statement of Work (SOW). Such work shall include food preparation, food serving, dishwashing, replenishing Government-provided supplies, and cleaning of dining hall and equipment. The contractor must furnish one supervisor/manager to supervise mess attendants and cooks, perform quality control functions, identify deficiencies and ensure corrective action. The facility serves on average 400 personnel per day, which may increase to as much as approximately 1000 personnel per day during periods of increased military training. The contractor must be able to place orders for food and certain supplies with the Massachusetts National Guard Directorate of Logistics (DOL) based upon projected meal requirements and based upon standard Army 14-day meal menus. Period of performance is for one base year plus two option years and commences 15 August 2010. TECHNICAL FACTORS: Refer to the requirements in the Statement of Work. Offerors are strongly cautioned to complete Exhibit A, Parts 1 and 2, in its entirety, in the format provided. Failure to do so may eliminate your proposal from consideration for award. Offerors shall answer each question on the Exhibit A, Performance Relevancy Questionnaire in detail. Use as much space as necessary. Offeror shall complete three (3) to five (5) Part 1 of Exhibit A and only one (1) Part 2 of Exhibit A. Contracts included on Part 1 forms should demonstrate experience in performing work that is similar in scope, size, and complexity to the requirements in this solicitation. Offerors should include with their proposal information on problems encountered on the identified contracts and the offeror's correction actions. Include awards, customer letters of commendation, etc., with points of contact and telephone numbers. PAST PERFORMANCE: Past Performance References REQUIRED Offerors shall prepare and submit to prior client(s) of the all the projects listed on their Exhibit A submission, a Reference Package (Exhibit B) (Detailed instructions are included in Exhibit B Package). This includes correspondence explaining the requirement to obtain an independent evaluation of prior contract performance, and the Past Performance Questionnaire for use in evaluating Past Performance. EVALUATION FACTORS: The Government intends to award a Firm Fixed Price (FFP) contract to the offeror whose proposal represents the BEST VALUE in response to this combined synopsis/solicitation in accordance with the following evaluation factors for this requirement: Past Performance, Price, and Technical. 1.1 EVALUATION METHODOLOGY. The evaluation of qualifying proposals will consist of three parts, 1.1.1 The Source Selection Evaluation (SSEB) will evaluate an offeror's Past Performance at a factor level that most accurately defines the offeror's performance risk considering all potential evaluation criteria identified in this section. 1.1.2 The SSEB will evaluate an offeror's technical proposal using a color rating that combines technical merit and proposal risk that most accurately defines the offeror's performance risk. 1.1.3 The SSEB will evaluate price and assign a go or no/go rating to each proposal. 1.2 The following process will be used to determine the best value for selection of the Dining Hall Food Preparation and Attendant Services award. 1.2.1 To arrive at a Best Value decision, the Source Selection Authority (SSA) will integrate the evaluation Price with Past Performance and Technical. Technical and past performance; when combined, are approximately equal to cost or price. The firm that represents the best value to the Government will be selected for award. 1.2.1.1 Note: This acquisition is subject to the requirements of the Randolph-Sheppard Act. If the Massachusetts Commission for the Blind submits a proposal that meets the requirements of this solicitation (if award is made without discussions), or is in the competitive range (if discussions are held), award shall be made to Massachusetts Commission for the Blind. 1.2.2 The Government intends to evaluate proposals and award the contract without discussions, therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. 1.2.3 If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. 1.2.4 The Government reserves the right to reject any or all proposals at any time prior to award; award a contract to other than the offeror submitting the highest technically rated; and award contracts to offerors submitting a proposal determined by the Government to be the most advantageous (best value) to the Government. 1.2.5 The Contracting Specialist will conduct a proposal compliance review before the convening of the Source Selection Board and refer any non-compliant proposals to the Contracting Officer and/or SSA for determination of adequacy. Failure to comply with solicitation instructions (outlined in the solicitation) will result in the proposal being found non-responsive, rejected and eliminated from further consideration for award. 1.2.6 A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 2.1 PAST PERFORMANCE EVALUATION 2.1.1 The SSEB will conduct a performance risk assessment based upon the past performance of the offeror as it relates to the probability of successful accomplishment of the work required by the solicitation. The evaluation will consider the offeror's past performance considering currency, relevancy, sources, context, and trends to include but not limited to: 2.1.1.1 Personnel 2.1.1.2 Ordering, Receipt and Care of Food and Related Products 2.1.1.3 Meal Preparation and Serving 2.1.1.4 Sanitation Requirements 2.1.1.5 Care of Government/Customer Furnished Property and Facilities 2.1.1.6 Safety/Quality Control 2.1.1.7 Overall Customer Satisfaction 2.1.2 In conducting the performance risk assessment, the SSEB may use data provided by the offeror, and data obtained from other sources. Contractors have been asked to submit 3-5 completed Exhibit A Part 1, one (1) Exhibit A Part 2, and prepare and submit to prior client(s) of the all the projects listed in Exhibit A submission a Reference Package (Exhibit B) in order to provide the Government with adequate past performance information. The evaluator may: evaluate past performance information through the use of questionnaires completed by the offeror's references (Exhibit B); use data independently obtained from other Government or commercial sources, to include but not limited to Government databases; or reliance upon personal business experience with the offeror. The evaluation will also consider information provided relative to corrective actions taken to resolve problems on past or existing contracts. The evaluators may contact references and parties other than those identified by the offeror, and information received may be used in the evaluation of the offerors past performance. While the government may elect to consider data obtained from other sources, the burden of providing current, accurate and complete past performance information rests with the offeror. 2.1.3 An offeror with no past performance shall be evaluated as neutral. However, the proposal of an offeror with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposal of other offerors. Offerors without previous Government contracts shall also be rated neutral. 2.1.4 Currency and Trends: The SSEB will consider the currency and trends of the performance information while conducting its performance evaluation. For the purpose of this solicitation, currency is performance occurring within the last three (3) years prior to the solicitation release date. Within this period, performance occurring later in the period may have greater significance than work occurring earlier in the period. For example, performance information for work occurring between 1 August 2009 and the date of the proposal may have greater importance than performance information for work occurring from 1 August 2007 through 1 August 2009. 2.1.5 Offerors may be given the opportunity to clarify certain aspects of their proposals, e.g., the relevance of an offeror's past performance information and adverse past performance information to which the offeror has not previously had an opportunity to respond or to resolve minor clerical errors. 2.1.6 In the evaluation of Past Performance, the evaluator will use the following adjectives and related definitions to define the performance risk the contractor poses. Risk rating Description of risk rating Very Low Risk Very high quality past performance. Problems, if any, were negligible and were resolved in a timely and highly effective manner. Performance was generally current and very relevant to relevant. Excellent probability of success with overall very low degree of risk in meeting Governments requirements. Low Risk Good quality past performance. Minor problems may have been identified however; contractor took satisfactory corrective actions to resolve where appropriate. Performance was current and generally very relevant to relevant. Good probability of success with overall low degree of risk in meeting the Governments requirements. Average Risk Adequate quality of past performance. Problems may have been identified and the contractor usually took adequate corrective action. Performance was current and generally very relevant to semi-relevant. Although performance exceeds expectations and was rated excellent to very good the projects submitted were generally semi-relevant to the efforts required by this solicitation. Fair probability of success with an average degree of risk in meeting the Governments requirements. Above Average Risk Rather poor quality of past performance. Problems may have been identified and contractor occasionally took corrective action, but not always to the owners satisfaction. Performance was current and generally very relevant to semi-relevant. Fair probability of success with an overall above average risk in meeting the Governments requirements. High Risk Unacceptable quality of past performance. There were problems, some of a somewhat serious to serious nature. Contractors corrective action was sometimes marginally effective to ineffective. Performance was current and very relevant to semi-relevant. Probability of success is questionable with an unacceptably high degree of risk in meeting the Governments requirements. Neutral No current and/or relevant performance record is identifiable upon which to base a meaningful performance risk prediction. Government personnel were unable to identify any relevant Past Performance information for the offeror or key team members/subcontractors. This is neither a negative nor a positive assessment. 2.2 TECHNICAL PROPOSAL EVALUATION TECHNICAL FACTORS - The evaluation of each technical proposal will access and measure the ability of the offeror to provide the specified service/supply outlined in the Request for Proposal (RFP). To be considered technically acceptable the offeror will have to: (1) Demonstrate capability of providing services that meet or exceed the requirements listed in the Statement of Work. (2) The contractor must provide an affirmative statement regarding ability to commence, and continue, food services during the Period of Performance listed in this solicitation. (3) Experience in full service Dining Facility operations and demonstrate a clear understanding of the Camp Edwards dining services mission and technical requirements of Dining Facility food service operations (4) Provide Past Performance in similar acquisitions Adjectival rating Description of adjectival rating Very Good Proposal meets solicitation requirements, demonstrates a very good understanding of the requirements and has salient features that offer significant advantage to the Government. Very good in all respects. Advantages/strengths not offset by disadvantages/weaknesses. Very good probability of success with overall very low degree of risk in meeting Government requirements. Good Proposal meets most solicitation requirements and demonstrates a good understanding of the requirements but does not offer significant advantages to the Government over basic RFP requirements. Disadvantages/weaknesses are not significant, unless significant advantages are proposed that outweigh significant disadvantages. Where there were areas of concern, clarifications, given by contractor, were acceptable. Good probability of success with overall low degree of risk in meeting the Government requirements. Satisfactory Proposal meets some but not all the RFP requirements, but offers disadvantages (weaknesses) outweighing other advantages (strengths). Examples may include little or no experience cited; weak proposal; mimics RFP language rather than expressing offerors approach or understanding of the RFP. Probability of success considered less than full confidence. Marginal Proposal meets some but not all the RFP requirements. Examples: Proposal does not address all required RFP criteria; little or no experience to the extent that Overall quality cannot be determined because of errors, omissions or deficiencies that may be capable of being corrected without a major rewrite or revision of proposal. Probability of success is questionable without further explanation by offeror. Unsatisfactory Proposal demonstrates little to no understanding of the requirements; or approach fails to adequately meet acceptable performance expectations. Proposal contains major errors; omissions or deficiencies. 2.3 PRICE EVALUATION - The Source Selection Board will conduct comparative evaluations of offers concerning price. The determination that a proposed price is reasonable should be based on the Independent Government Estimate (IGE). Pricing should be submitted as a separate attachment, to allow for non-disclosure of price until after technical and past performance have been rated. If the price is determined to be reasonable in comparison to the (IGE) a GO rating will be given, if found to be unreasonable, a NO GO rating will be assigned to the price evaluation factor. 2.3.1 Discounts: Prompt payment discounts will not be considered in the evaluation of offers. 2.3.2 Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). INSTRUCTIONS: Offers shall include in their proposal: (1) A detailed proposal that shows pricing for Dining Facilities services as follows: BASE YEAR Period of Performance 15 August 2010 14 August 2011: CLIN 0001QTY: 1 Lump Sum Provide labor and expertise necessary to perform one hundred and twelve (112) days of Dining Facility Meal services. See Statement of Work (SOW) section 2.2. CLIN 0002QTY: 1 EA (day)Provide labor and expertise necessary to perform additional day of Dining Facility Meal services upon request. See Statement of Work (SOW) paragraph 2.3. (This CLIN is a Unit Priced line item) CLIN 0003Overtime rates for each of the following labor categories. Payment of Overtime applies only to individual food service workers that work in excess of 40 hours in a week. Overtime must be authorized in advance. See Statement of Work (SOW) paragraph 2.8.3.3. (This CLIN is a Unit Priced line item) 0003AA QTY: 1 EA(hour)Food Service Worker 0003AB QTY: 1 EA(hour)Food Prep/Cook I 0003AC QTY: 1 EA(hour)Food Prep/Cook II 0003AD QTY: 1 EA(hour)Dishwasher CLIN 0004QTY: 1 Lump SumCost of Contract Manpower Reporting OPTION YEAR 1 Period Of Performance 15 August 2011 14 August 2012: CLIN 1001QTY: 1 Lump Sum Provide labor and expertise necessary to perform one hundred and twelve (112) days of Dining Facility Meal services. See Statement of Work (SOW) section 2.2. CLIN 1002QTY: 1 EA (day)Provide labor and expertise necessary to perform additional day of Dining Facility Meal services upon request. See Statement of Work (SOW) paragraph 2.3. (This CLIN is a Unit Priced line item) CLIN 1003Overtime rates for each of the following labor categories. Payment of Overtime applies only to individual food service workers that work in excess of 40 hours in a week. Overtime must be authorized in advance. See Statement of Work (SOW) paragraph 2.8.3.3. (This CLIN is a Unit Priced line item) 1003AA QTY: 1 EA(hour)Food Service Worker 1003AB QTY: 1 EA(hour)Food Prep/Cook I 1003AC QTY: 1 EA(hour)Food Prep/Cook II 1003AD QTY: 1 EA(hour)Dishwasher CLIN 1004QTY: 1 Lump Sum Cost of Contract Manpower Reporting OPTION YEAR 2 Period Of Performance 15 August 2012 14 August 2013: CLIN 2001QTY: 1 Lump Sum Provide labor and expertise necessary to perform one hundred and twelve (112) days of Dining Facility Meal services. See Statement of Work (SOW) section 2.2. CLIN 2002QTY: 1 EA (day)Provide labor and expertise necessary to perform additional day of Dining Facility Meal services upon request. See Statement of Work (SOW) paragraph 2.3. (This CLIN is a Unit Priced line item) CLIN 2003Overtime rates for each of the following labor categories. Payment of Overtime applies only to individual food service workers that work in excess of 40 hours in a week. Overtime must be authorized in advance. See Statement of Work (SOW) paragraph 2.8.3.3. (This CLIN is a Unit Priced line item) 2003AA QTY: 1 EA(hour)Food Service Worker 2003AB QTY: 1 EA(hour)Food Prep/Cook I 2003AC QTY: 1 EA(hour)Food Prep/Cook II 2003AD QTY: 1 EA(hour)Dishwasher CLIN 2004QTY: 1 Lump Sum Cost of Contract Manpower Reporting (2) Between three (3) and five (5) completed Part 1 forms, and one (1) completed Part 2 form, of Exhibit A Performance Relevancy Questionnaire. (3) Completed past performance references (Exhibit B) that corresponds to the contracts in Part 1 of Exhibit A. Note: Exhibit B forms are NOT to be included with your proposal but are to be sent directly from the reference to the USPFO-Purchasing and Contracting Office in accordance with the instructions for this form. (4) Completed provisions at 52.209-7, Information Regarding Responsibility Matters; FAR 52.212-3 Alt 1, Offeror Representations and Certifications Commercial Items; FAR 52.209-7 Information Regarding Responsibility Matters; DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items; DFARS 252.225-7000, Buy American ActBalance of Payment Certificate; and a completed registration on the ORCA website at https://orca.bpn.gov. (5) (Large Businesses only) A completed Subcontracting Plan submitted with the proposal. Refer to FAR 52.219-9 Alt II Small Business Subcontracting Plan. Failure to provide the above listed items with your proposal may cause your offer to be considered non-responsive. The Government intends to evaluate proposals and make award(s) without discussions with offerors, except for needed clarifications as per FAR 15.306(a). Therefore, your initial proposal should contain your best terms, as it pertains to cost/pricing. Do not assume you will have the opportunity to clarify, discuss, or revise your original proposal. At Governments discretion, offerors may be asked for more information or to clarify their offer. Requests for such information do not constitute discussions. However, the Government reserves the right to conduct discussions if the Contract Officer later deems it necessary. **It is recommended that all potential offerors attend the site visit at Twining Hall, Building 5245, Turpentine Road, Camp Edwards, Buzzards Bay, MA, on Wednesday, July 7, 2010 at 1330 hrs. Individual site visits are not allowed and this will be the only site visit. Contractor/Vendors attending the site visit must email the following information to WO1 Jean Greenwood at jean.greenwood@us.army.mil with a courtesy copy to SGT Melissa Larson by 1500hrs on Friday 2 July 2010 for access to Camp Edwards: Name of Company Individual Names (First, Last, Middle initial) Citizenship, Country of Origin and Date of Birth Driver's License Info: Lic #, State, Vehicle Info: make, plate #, State Proposals shall be received NLT 11:00 AM Eastern Daylight Time on Monday, July 26, 2010. Offers may be sent via email to WO1 Jean Greenwood at jean.greenwood@us.army.mil with a courtesy copy to SGT Melissa Larson at melissa.s.larson@us.army.mil or delivered to USPFO-MA, Purchasing and Contracting, 50 Maple Street, Milford, MA 01757 to the attention of WO1 Jean Greenwood (508-233-6663). All offers shall be clearly marked with solicitation number W912SV-10-R-0027. Offers sent via facsimile will not be accepted. Questions regarding this solicitation must be in writing and may be sent via email to the addresses above. This solicitation is not a competitive bid and there will not be a formal public bid opening. All inquiries and questions MUST be in writing via EMAIL to jean.greenwood@us.army.mil with a courtesy copy to melissa.s.larson@us.army.mil. All questions and requests for information (RFI) MUST BE IN WRITING AND RECEIVED NO LATER THAN Friday, July 16, 2010 at 11:00 AM Eastern Daylight Time. The Contracting Officer reserves the right to address questions received after the second (2) calendar day prior to solicitation closing with those offers deemed responsive and/or in the competitive range after closing. All answers will be provided in writing via posting to the FedBizOpps web site at https://www.fbo.gov/. DISCLAIMER: This solicitation will be located on the official government web page, FedBizOpps, and the government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FedBizOpps web site. This will normally be the only method of distributing amendments and addendum prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies. ADDITIONAL INFORMATION: 1. In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at https://www.bpn.gov/ccr/default.aspx. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. 2. Invoicing instructions. a. Invoices shall be submitted on a monthly basis to the Contracting Officers Representative (COR) with a courtesy copy to USPFO-MA, Purchasing & Contracting, 50 Maple Street, Milford, MA 01757. b. The COR for Camp Edwards Food Services shall review the invoice and complete a copy of a DD Form 250 indicating acceptance of the services. The COR shall forward the completed copy of the DD 250 to USPFO-MA, Purchasing and Contracting, 50 Maple Street, Milford, MA 01757. c. The Contracting Officer shall forward copies of the invoice and DD Form 250 to USPFO Fiscal Office, 50 Maple Street, Milford, MA 01757 for payment. Note: The Massachusetts Army National Guard is in the process of implementing Wide Area Work Flow (WAWF), a web-based, electronic invoicing system. Invoice payments will be made through WAWF if implemented during the life of this contract. Complete instructions on WAWF procedures as they relate to this contract shall be furnished. Vendors who are unfamiliar with WAWF may start training on the system at www.wawftraining.com. However, until the Massachusetts Army National Guard implements WAWF, the above stated procedures will remain in effect. WAGE DETERMINATION: Currently, the Service Contract Act WD 05-2259, Revision 11, dated 06/22/2010 is applicable to this acquisition. http://www.wdol.gov/sca.aspx#8 However, the current prevailing Wage Determination will be incorporated at time of award. No amendment will be issued for changes to applicable prevailing wages. It is the offeror responsibility to incorporate the most current prevailing in their proposals. CONTRACTOR MANPOWER REPORTING: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each Sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 Oct of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-10-R-0027/listing.html)
 
Place of Performance
Address: USPFO for Massachusetts 50 Maple Street, Milford MA
Zip Code: 01757-3604
 
Record
SN02207868-W 20100718/100716234456-193404ec8a7741191962263a24bfa3c6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.